Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA301619QA066R
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information in...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 1. Solicitation number FA301619QA066(R) is issued as a Request for Quotation (RFQ). 2. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02TA. 3. The applicable NAICS code is 334111 with a Small Business size standard of 1,250. This acquisition is a 100% Small Business Set-Aside. 4. Contract Line Item Number (CLIN) 0001 and (CLIN) 0002 apply to this requirement. See Schedule of Supplies at Attachment #1. 5. Description: This two (2) Basic virtual reality training packages (includes computer, headset, weapons, and accessories) with scenario training Three Hundred (300) licenses. Attachment 3 has the Minimum Requirements / Specifications/ Salient Characteristics for the Computer package. 6. Deliver FOB Destination to Joint Base San Antonio-Randolph TX. Desired delivery date is 30 Days after Receipt of Order (ARO). Insert proposed delivery date in the Schedule of Supplies. 7. FAR 52.212-2, Evaluation-Commercial Items applies with paragraph (a) tailored as follows: Basis for Award: The Government will award a single firm-fixed-price purchase order to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In addition to price, the following factor shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement: The quoted items must clearly meet the Minimum Requirements / Specifications/ Salient Characteristics for the Computer package. Thus, the quote needs to be accompanied by sufficient information to enable the Government to determine the technical capability, thus acceptability, of the proposed items. The information provided can be in the form of cut-sheets, brochures, product literature, etc. However, if the information is insufficient, or does not clearly demonstrate compliance, then the quote may be determined unacceptable, with no further consideration. (ii) Price: Award will be made to the offeror whose quote is the lowest priced amongst offerors who have been determined acceptable with regards to the technical capability of the items proposed. 8. The provision at 52.212-2, Evaluation - Commercial Items, in addition to the Addendum to FAR 52.212-2, Evaluation - Commercial Items applies to this acquisition. 9. Offerors are required to include a completed copy of the provisions at 52.212-3 Alt 1, Offeror Representations and Certifications -- Commercial Items, with their offer. 10. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and any Addendum to FAR 52.212-4. 11. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applicable FAR clauses cited in the clause are identified in the attached RFQ. 12. All other provisions and clauses applicable to this RFQ are identified in the attached RFQ. 13. Defense Priorities and Allocations System: N/A 14. Please e-mail responses to this RFQ to Yolanda Lillard at E-mail: yolanda.lillard@us.af.mil with a courtesy copy to Marcus Reedom E-mail, marcus.reedom.2@us.af.mil not later than 3:00pm CT, 17 June 2019. If there are any questions regarding the items required or the terms and conditions of this RFQ please e-mail either of the contacts listed above. Attachments: 1. RFQ Cover page 2. Clauses and Provisions 3. Specifications Salient Characteristics 4. AFWAY Waiver